Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2025 SAM #8781
SOURCES SOUGHT

99 -- Fort Belvoir Fire Truck Maintenance & Repairs

Notice Date
12/9/2025 4:08:06 AM
 
Notice Type
Sources Sought
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
 
ZIP Code
22060-5116
 
Solicitation Number
PANMCC-25-P-0000_026222
 
Response Due
12/11/2025 9:00:00 AM
 
Archive Date
12/12/2025
 
Point of Contact
Kiara Johnson, Phone: 5206698974, Denese Y Henson, Phone: 5206698933
 
E-Mail Address
kiara.johnson3.civ@army.mil, denese.y.henson.civ@army.mil
(kiara.johnson3.civ@army.mil, denese.y.henson.civ@army.mil)
 
Description
This is a Sources Sought Notice and should not be construed as a solicitation announcement. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, nor is it the intent of the Mission and Installation Contracting Command (MICC) � Fort Belvoir, Virginia to award a contract based on this Request for Information (RFI) or otherwise pay for the information sought. The Government is seeking responses to this Sources Sought Notice from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) business development programs, HUBZone, service-disabled veteran-owned, (SDVOSB) woman-owned small business (WOSB), small, disadvantaged business (SDB), economically disadvantaged women owned small business (EDWOSB) are highly encouraged to identify capabilities in meeting the requirements. MICC � Fort Belvoir is seeking preliminary market research information from capable and reliable sources to gain knowledge of potential qualified business sources capable of providing all personnel, equipment, tools, materials, supervision, and other items and non-personal services to provide unscheduled preventive services and repairs to maintain vehicle readiness for fire trucks and emergency vehicles managed by Fort Belvoir Logistics Readiness Center (LRC) located on Fort Belvoir, VA, as defined in the Performance Work Statement (PWS) attached. This requirement provides a full range of repair parts and technical support for unscheduled services and repairs that the LRC may require at vendor or customer locations. This support will significantly provide the necessary assistance to maintain various fleets of emergency vehicles such as emergency standard and aircraft fire and rescue trucks, thus implementing optimal performance to ensure progress toward meeting checks and services to ensure safety requirements are achieved and meet mission goals. The objective of this requirement is to obtain goods in the form of repair parts and perform unscheduled preventive services and repairs on fire vehicles apparatuses. Equipment includes pumper fire trucks, ladder fire trucks, rescue vehicles, and aircraft rescue and fire fighting vehicles (ARFF). Currently, the majority fire vehicles apparatuses at Joint Base Myer-Henderson Hall are manufactured by Pierce Manufacturing, Inc. Purchase of repair parts and repairs that must be purchased from the proprietor of the fire trucks and their parts will be obtained from the Original Equipment Manufacturer (OEM), Pierce Manufacturing, Inc., or an Authorized Maintenance and Repair Service Dealer. All repair parts for Pierce brand fire trucks are proprietary to the manufacturer. Only authorized Vendors can provide maintenance and repair services for Pierce Corporation brand fire vehicle apparatuses. As such, authorized Contractors shall provide documentation that it is an Authorized Pierce Manufacturing, Inc., Maintenance and Repair Services Dealer to be eligible for winning this contract award. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the System Award Management (SAM) https://www.sam.gov or sam.gov. It is the responsibility of potential offerors to monitor the System Award Management (SAM) https://www.sam.gov or sam.gov for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 811111 General Automotive Repair, with a size standard of $9M. Responses to this Sources Sought Notice shall be e-mailed to: Contract Specialist, Kiara J. Johnson: kiara.johnson3.civ@army.mil, Denese Y. Henson, Contracting Officer: denese.y.henson.civ@army.mil, no later than 11 December 2025 at 12:00 p.m. Eastern Time. Please provide the following information within your capability statement: 1. Name of the firm, point of contact, phone number, email address, Entity Information Number (EIN), CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUB Zone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. NAICS code: 811111 General Automotive Repair.is selected for this contract action for Truck Repair/Parts and Services. The standard is $9M. In your opinion, does this NAICS code fit this requirement? If not, which NAICS code would you suggest and why? 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (including size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, the basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 520-944-7373, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications to acquiring the identified items/services. All data received in response to this Sources Sought that are marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise because of a response to this Sources Sought Synopsis. MICC � Fort Belvoir appreciates your assistance with this market research and emphasizes that this notice is for planning purposes only.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8390a236c811474897a461eaeeb98ce1/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060, USA
Zip Code: 22060
Country: USA
 
Record
SN07661490-F 20251211/251209230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.